Loading...
N5523626Q0073
Response Deadline
May 21, 2026, 6:00 PM(PDT)6 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Request for Quotation (RFQ) N5523626Q0073 is issued as a Sole Source requirement. The subject solicitation is being processed using FAR Part 12. The Government intends to solicit and contract with only one source, RDI Technologies Inc., for the parts listed on the Product Description under the authority of FAR 12.102 on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement and submit quotes. This notice of intent is not a request for competitive quotes. Determination by the Government is not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) code is 513210 – Software Publishers.
This solicitation documents and incorporates provisions and clauses that are those in effect through Federal
Acquisition Circular 2026-01 (Effective 13 March 2026) and DFARS Publication Notice 20260507.
DESCRIPTION: This requirement is to procure the Iris M™ Federal Acquisition System; a Ruggedized Federal Notebook with Acquisition Software (Dell Rugged Pro) that has been tested and rated MIL-STD-810H certified. The Iris M™ Federal System is a high-speed camera system and portable device used for understanding the vibration characteristics of rotating machinery and structures such as platforms, pumps, compressors and motors aboard US Naval ships. Quote shall provide 30 September 2026 Delivery Date.
SEE PRODUCT DESCRIPTION
The full text of FAR and DFAR references, provisions and clauses may be accessed at https://acquisition.gov.
SENSITIVE ACTIVITY AND INTELLIGENCE-RELATED CONTRACTING (SAIRC) AND OPERATIONS SECURITY (OPSEC) STATEMENT.
This contracting action has been reviewed against the requirement of SECNAVINST S4200.35. SAIRC protections are not required.
The following PROVISIONS AND CLAUSES apply to this acquisition and will be incorporated into any resultant purchase or delivery order.
C-202-H001 Additional Definitions – Basic (NAVSEA) OCT 2018 – Full Text (FT)
C-204-H001 Use of Navy Support Contractors for Official Contract Files (NAVSEA) OCT 2018 – FT
C-211-H018 Approval by The Government (NAVSEA) JAN 2019 – FT
C-215-H002 Contractor Proposal (NAVSEA) OCT 2018 – FT
C-228-H002 Minimum Insurance Requirements (NAVSEA) JAN 2019 – FT
C-247-H001 Permits and Responsibilities (NAVSEA) DEC 2018 – FT
D-211-H004 Identification Marking of Parts -- Basic (NAVSEA) OCT 2018 – FT
D-246-H002 Warranty Notification for Item(s) ____-- Basic (NAVSEA) OCT 2018 – FT
D-247-H004 Marking and Packing List(s) – Basic (NAVSEA) FEB 2022– FT
D-247-W001 Prohibited Packing Materials (NAVSEA) OCT 2018– FT
E-246-H022 Inspection and Test Records (NAVSEA) JAN 2019 – FT
F-242-H001 Contractor Notice Regarding Late Delivery (NAVSEA) OCT 2018 – FT
G-232-H002 Payment Instructions and Contract Type Summary for Payment Office (NAVSEA) FEB 2024 – FT
G-232-H005 Supplemental Instructions Regarding Invoicing (NAVSEA) JAN 2019 – FT
G-242-H001 Government Contract Administration Points of Contact and Responsibilities (NAVSEA) OCT 2023–FT
G-242-H002 Hours of Operation and Holiday Schedule (NAVSEA) JUL 2021 – FT
CLAUSES INCORPORATED BY REFERENCE
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation JAN 2017
52.203-19 Prohibition on Requiring Certain Internal Confidentiality JAN 2017
Agreements or Statements
52.204-7 System for Award Management NOV 2024
52.204-9 Personal Identity Verification of Contractor Personnel. JAN 2011
52.204-13 System for Award Management Maintenance. OCT 2018
52.204-15 Service Contract Reporting Requirements for Indefinite Delivery Contracts. OCT 2016
52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. NOV 2015
52.209-11 Representation by Corporations Regarding Delinquent Tax FEB 2016
Liability or a Felony Conviction under any Federal Law
52.211-5 Material Requirements AUG 2000
52.212-4 Contract Terms and Conditions-Commercial Items. NOV 2023
52.219-6 Notice Of Total Small Business Set-Aside. NOV 2020
52.219-14 Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637s).
52.219-28 Post-award Small Business Program Representation JAN 2025
52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-50 Combating Trafficking in Persons (NOV 2021)
52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014)
52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014)
52.222-54 Employment Eligibility Verification (JAN 2025).
52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022).
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022)
52.222-90 Addressing DEI Discrimination by Federal Contractors (FEB 2026)
52.223-23 Sustainable Products and Services (MAR 2025) (DEVIATION 2025-O0004)
52.224-3 Privacy Training (JAN 2017)
52.225-1 Buy American-Supplies (OCT 2022)
52.226-7 Drug-Free Workplace (MAY 2024)
52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving (MAY 2024)
52.228-5 Insurance - Work On A Government Installation (JAN 1997)
52.232-33 Payment by Electronic Funds Transfer-System for Award Management (OCT 2018)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-1 Disputes (MAY 2014)
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984)
52.242-15 Stop-Work Order (AUG 1989)
52.243-1 Changes--Fixed Price (AUG 1987)
52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984
52.249-8 Default (Fixed-Price Supply & Service) (APR 1984)
52.252-2 Clauses Incorporated by Reference (FEB 1998) - FT
52.252-6 Authorized Deviations in Clauses (NOV 2020) - FT
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)
252.204-7000 Disclosure Of Information (OCT 2016)
252.204-7003 Control Of Government Personnel Work Product (APR 1992)
252.204-7004 Antiterrorism Awareness Training for Contractors (JAN 2023)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported (JAN 2023)
Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements NOV 2023
252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7022 Expediting Contract Closeout (MAY 2021)
252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023)
252.211-7003 Item Unique Identification and Valuation (JAN 2023) – FT
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023)
252.217-7028 Over and Above Work (DEC 1991)
252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014)
252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)
252.225-7000 Buy American – Balance of Payments Program Certificate (FEB 2024)
252.225-7001 Buy American and Balance of Payments Program (FEB 2024)
252.225-7002 Qualifying Country Sources As Subcontractors (MAR 2022)
252.225-7013 Duty-Free Entry (AUG 2025)
252.225-7048 Export-Controlled Items (JUN 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)
252.232-7006 Wide Area Work Flow Payment Instructions (JAN 2023) – FT
252.232-7010 Levies on Contract Payments (DEC 2006)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023)
252.243-7001 Pricing of Contract Modifications (DEC 1991)
252.244-7000 Subcontracts for Commercial Products or Commercial Services (FEB 2026)
252.246-7003 Notification of Potential Safety Issues (JAN 2023)
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010)
252.247-7023 Transportation on Supplies by Sea (OCT 2024)
52.212-1 Instructions to Offerors – Commercial Products and Commercial Services SEP 2023. Offerors must comply with all instructions contained herein.
Requests for Clarification.
Offerors may submit written questions during the quote preparation period by emailing the Request for Specification Clarification Form. All questions must be received no later than 19 May 2026, 4:00 PM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to:
Southwest Regional Maintenance Center (SWRMC) – C410A Procurement
Email: Cite the solicitation number in the subject line - N5523626Q0073
Email Addresses: Abigail Monroy, abigail.monroy.civ@us.navy.mil and Jorge Morales, jorge.a.morales67.civ@us.navy.mil.
Submission of Quote.
To be considered for award, the Offeror shall submit a complete quote package consisting of the following:
Cover Letter or Email which includes all technical documentation, as specified below in Factor 2-Technical Acceptability.
QUOTES must be received by the destination inbox no later than 21 May 2026 at 1100 AM (Pacific). Late quotes will not be considered.
Please submit your quote via e-mail to Abigail Monroy abigail.monroy.civ@us.navy.mil (primary), and Jorge Morales, jorge.a.morales67.civ@us.navy.mil (secondary).
52.212-2 Evaluation Commercial Items, Evaluation – Commercial Products and Commercial Services NOV 2021.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Evaluation Factors – The evaluation factors that will be used are:
Technical Acceptability – Ability to meet the required delivery date and the salient characteristics of the Product Description
Price – Lowest price technically Acceptable (LPTA)
Past Performance – Based on the Supplier Performance Risk System
Price: The Government will evaluate the proposed price for reasonableness in accordance with FAR 12.203
Past Performance: The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the Product Description, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. The Government will also consider the extent of the offeror's ability to perform previous contracts successfully. In accordance with DFARS provision 252.204-7024, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
C. 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0004). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov/SAM/ (only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned, the contractor is affirming that the current SAM registration is current, accurate, and complete).
If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. The provision of FAR 52.212-3 must be submitted by the Offeror to be eligible for award.
D. 52.212-4 Contract Terms and Conditions -- Commercial Products and Commercial Services NOV 2023
Standard Commercial Warranties apply.
APPLICABLE PROVISIONS AND CLAUSES:
The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the offer submission process to satisfy FAR 52.212-4. More information on SAM is found at https://www.sam.gov/portal/public/SAM/.
PACKAGING REQUIREMENTS: Unless otherwise stated in Section D clauses, packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage.
DELIVERY INSTRUCTIONS: Item shall be priced for F.O.B. Destination. Inspection and acceptance shall be at destination by the Government.
Failure to submit required documentation may render the quote technically unacceptable.
Abigail Monroy
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSEA
REGIONAL MAINTENANCE CENTER
SOUTHWEST REGIONAL MAINT CENTER
SOUTHWEST REGIONAL MAINT CENTER
3755 BRINSER STREET SUITE 1
SAN DIEGO, CA, 92136-5205
NAICS
Software Publishers
PSC
IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
Set-Aside
No Set aside used